Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Replacement Enabling Arrangement Programme for Martime Support to Water, Waste and Fire Safety Equip

  • First published: 13 February 2014
  • Last modified: 13 February 2014
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
13 February 2014
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Maritime Equipment Systems (MES) Team, DE&S

NH3, Birch 3B, #3327

Bristol

BS34 8JH

UK

Louise Cole

+44 3067939290

desshipscomrcl-mps-4@mod.uk





Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Replacement Enabling Arrangement Programme for Martime Support to Water, Waste and Fire Safety Equipment and Systems.

II.1.2)

Type of supplies contract

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Main site or location of works, place of delivery or performance


UKK

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Systems support services. The Maritime Equipment Systems (MES) Utilities, Fire and Safety (UFS) team is planning to enhance the effectiveness and efficiency of the equipment management role and support solutions to deliver improved performance and value for Defence through combining its Water, Waste and Fire Safety requirement under a single-integrated Programme hereinafter referred to as the Replacement Enabling Arrangement Programme (REAP). There will be 3 lots available under REAP for Water, Waste and Fire Safety, proposals can be offered against 1, 2 or all 3 of the lots, each will be assessed individually, however savings would be expected to be defined where a bid is made against more than 1 lot.

II.1.6)

Common Procurement Vocabulary (CPV)

72253200

II.1.7)

Information about subcontracting

Checked box
Checked box
Checked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The MES team works closely with the Class Output Management and In-Service Submarine teams to support all legacy and, as appropriate, future warship and submarine platforms in the Fleet. The MES team also supports many other Customers including, but not exclusively, the Army, Royal Air Force, Ministry of Defence Police, Training, Reserves and Cadet Forces.

Industry will be invited to propose innovative and cost effective solutions to fulfil the requirements of the defined support solution against each, or a collective of, Lot(s) as defined below. In so doing, Industry will be required to work alongside MES who has autonomy in the execution of its role as the Equipment Authority (previously the Equipment Duty Holder) and Design Authority. MES will define and maintain long term strategic requirements for the systems and equipment and maintain a MOD focus for equipment safety and system knowledge. Industry, as providers of Technical Advice, shall be professionally competent and resourced to undertake support to MES safety reviews and to ensure that safety and environmental protection is not compromised by implementing (or failing to implement) where required; design changes, modifications, updates or upgrades.

Spares Exclusive Upkeep (SEU) contracts share some of the characteristics of a traditional Enabling Contract; they are an agreement between the Supplier and the Authority containing the terms and conditions subject to which the Authority may place orders for Articles or Services, or both. Differences exist between these contract types in the form of the types of Articles and Services that may be demanded. Specifically:

Under a Spares Exclusive Upkeep contract, the Supplier provides:

— New Assets, within an agreed lead time, upon request/order from the Authority;

— New Spares, within an agreed lead time, for Naval maintainer maintenance scope (e.g. on board ship) upon request/order from the Authority;

— Repair of Assets, within an agreed turn around time (TRT), upon request/order from the Authority.

And will also be asked to provide, where necessary:

— Post Design Services (PDS) both core and non-core including Safety Case, BRs IPC, Defence Standards, Maintenance reviews and updates, Codification and Obsolescence, NATO Support work and technical engineering upgrade/modification work upon request/order from the Authority.

The term ‘Asset’ or ‘Assets’ refers to an item/s that is/are being maintained. The term ‘Spares’ refers to one of the maintenance resources that must be present in order to affect a maintenance event to an Asset.

*There is no guarantee that any contract will be put in place in relation to this notice.

 45 000 00065 000 000
GBP

II.2.2)

Information about options

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

N/A.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will follow delivery and acceptance of the goods or services via Purchase to Payment (P2P).

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority.

The Authority shall require the group to form a legal entity before entering into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.

DEFCON 697 — Contractors on Deployed Operations — will apply.

DEFCON 659 — Security Measures — will apply.

DEFCON 608 — Access And Facilities To Be Provided By The Contractor — may apply.

III.1.5)

Information about security clearance


 31-03-2015

III.2)

Conditions for Participation

III.2.1)

Personal situation



The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.

A Statement of Good Standing provided with the PQQ.




III.2.2)

Economic and financial standing



(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance

(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established

(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of: (i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.

Evidence of professional risk indemnity; at least 2 years certified audited accounts in statutory form, profit and loss account and balance sheet; or statement of overall turnover to be provided with PQQ.

If the estimated annual contract value is greater than 40% of the supplier's turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient

economic and financial capability, e.g. such evidence may include:

(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.

A financial assessment will be undertaken on the supplier's financial status. An overall pass / fail judgement will be made

after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include

the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating

organisation will be utilised as part of this process.









III.2.3)

Technical and/or professional capacity



(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability

(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where — (a) that person was not a contracting authority, and (b) the certificate referred to in sub-paragraph (c) (iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided

(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator

(e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property

(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract

(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract

(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification

(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i)

This information will be sought through a formal pre-qualification questionnaire stage.









III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

25

Objective criteria for choosing the limited number of candidates

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and / or documents for this opportunity are available on www.contracts.mod.uk. You must register on

this site to respond, if you are already registered you will not need to register again, simply use your existing username

and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to the Response Manager and add the following Access Code: 2B4BU2XESY. Please ensure you

follow any instruction provided to you.

The deadline for submitting your response(s) is 21.3.2014, 10:00. Please ensure that you allow yourself plenty of

time when responding to this invite prior to the closing date and time, especially if you have been asked to upload

documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or

contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk.

Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the

supplier's capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this

Contract Notice.

The Authority will use the PQQ response to create a shortlist of tenderers who:

(1) are eligible to participate under Section III.2.1) of this Contract Notice;

(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and

(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this

Contract Notice.

Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

MES/21390

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 07-03-2014  10:00

 


IV.3.4)

Time-limit for requests to participate

 21-03-2014  10:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on ${procure4londonSiteUrl}.

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: A5BR4264PX.

Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.

Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0845 270 7099.

GO Reference: GO-2014210-DCB-5451585

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 10-02-2014

ANNEX B

Information About Lots

1     Water Production Equipment

1)

Short Description

Lot 1 (SEU): Water Production Equipment

— Master Equipments: RO Plants, Fresh Water Embarkation Units and Chlorination Units.

The Department has embarked on an upgrade package for submarine RO Plants. Operating Capability is planned from 2016. Only the in-service element is included in the scope of this Lot.

2)

Common Procurement Vocabulary (CPV)

45259200

3)

Quantity or scope

Platforms: All Submarines, T23, MCMV, SRMH, LPD, LPH, MARs(SIT). Options T45 & QEC.

Additional requirements from Future Platforms may be encompassed following contract award by contract amendment.



10 000 00015 000 000  GBP.

4)

Indication about different contract dates

60

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Waste Management Equipment

1)

Short Description

Lot 2 (SEU): Waste Management Equipment

— Master Equipments: Incinerators (including Pyrolysis), Oily Water Separator, and Sewage Plants, Sewage Non-Magnetic, Garbage Compactor, Plastic Processors, Toilets Gravity and Vacuum, Showers, Can Bottle Shredders, Membrane Bioreactors, Solid Waste Destruction units & Ballast Water Equipment.

The Department has embarked on a series of upgrade packages that includes Membrane bioreactor, Solid Waste Destruction Units and Ballast Water Processing Equipment. Initial Operating Capability is planned from 2013. Only the in-service element is included in the scope of this Lot.

2)

Common Procurement Vocabulary (CPV)

34930000

3)

Quantity or scope

Platforms: T23, MCMV, SRMH, LPH, LPD, MARs (Single Item Ownership (SIT). Options T45 and QEC Additional requirements from Future Platforms may be encompassed following contract award by contract amendment.



10 000 00015 000 000  GBP.

4)

Indication about different contract dates

60

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Fire Safety Equipment

1)

Short Description

Lot 3 (SEU): Fire Safety Equipment

— Master Equipments: Damage Control, Fire Detection, Fixed Fire, and Portable Fire Equipment and Fire Helmets.

The Department has embarked on an upgrade package for Fire Detection. Initial Operating Capability is planned from 2013. Only the in-service element is included in the scope of this Lot.

2)

Common Procurement Vocabulary (CPV)

35111500

3)

Quantity or scope

Platforms: All submarines, T23, MCMV, SRMH, LPD, LPH, RFAs, MARs. Options T45 and QEC.

Additional requirements from Future Platforms may be encompassed following contract award by contract amendment.



25 000 00035 000 000  GBP.

4)

Indication about different contract dates

60

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
35111500 Fire suppression system Firefighting equipment
34930000 Marine equipment Miscellaneous transport equipment and spare parts
45259200 Purification-plant repair and maintenance work Repair and maintenance of plant
72253200 Systems support services Helpdesk and support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.